loading
  • GB-LU3 9LY Luton
  • 01.11.2017
  • Ausschreibung
  • (ID 2-279261)

L17072-T-TG Retail Design Management Framework.


 
  • Projektdaten

    maximieren

    Bewerbungsschluss 01.11.2017, 12:00 Bewerbungsschluss
    Verfahren Offenes Verfahren
    Art der Leistung Design / Objektplanung Innenräume
    Sprache Englisch
    Aufgabe
    This contract is to develop Commercial space in line with the requirements of the Retail and Catering Design guide attached as part of tender documentation
    As terminal development progresses we require a service provider to undertake wider Retail Master planning, tender design review/feedback, Retail design management, Public space design, and also Shell and core plan management.
    The service provider must have the ability to undertake Interior, architectural design and design management capability on major retail assets. The provider must have relevant airport retail experience to include terminal development project knowledge. Experience with UK and international brands is an essential requirement needed by the successful provider. A proven record of setting and measuring performance metrics along with appraisals over asset life cycles is also a requirement.
    Leistungsumfang
    This contract is to develop Commercial space in line with the requirements of the Retail and Catering Design guide attached as part of tender documentation.
    As terminal development progresses we require a service provider to undertake wider Retail Master planning, tender design review feedback, Retail design management, Public space design, and also Shell and core plan management.
    The service provider must have the ability to undertake Interior, architectural design and design management capability on major retail assets. The provider must have relevant airport retail experience to include terminal development project knowledge. Experience with UK and international brands is an essential requirement needed by the successful provider. A proven record of setting and measuring performance metrics along with appraisals over asset life cycles is also a requirement.
    Adresse des Bauherren UK-LU3 9LY Luton
    TED Dokumenten-Nr. 382994-2017

  • Anzeigentext Ausschreibung

    maximieren

    • United Kingdom-Luton: Interior design services

      2017/S 187-382994

      Contract notice

      Services

      Directive 2014/24/EU

      Section I: Contracting authority

      I.1)Name and addresses
      London Luton Airport Operations Limited
      London Luton Airport, Navigation House, Airport way
      Luton
      LU3 9LY
      United Kingdom
      Contact person: Terry Gittins
      Telephone: +44 1582405100
      E-mail: MTFzZHFxeC1maHNzaG1yP2tzbS1gZHFu
      NUTS code: UKH21

      Internet address(es):

      Main address: http://www.in-tend.co.uk/

      Address of the buyer profile: http://www.london-luton.co.uk

      I.2)Joint procurement
      I.3)Communication
      The procurement documents are available for unrestricted and full direct access, free of charge, at: https://in-tendhost.co.uk/llaol
      Additional information can be obtained from the abovementioned address
      Tenders or requests to participate must be submitted electronically via: https://in-tendhost.co.uk/llaol
      Tenders or requests to participate must be submitted to the abovementioned address
      Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: https://in-tendhost.co.uk/llaol
      I.4)Type of the contracting authority
      Other type: Utility Airport
      I.5)Main activity
      Other activity: airport

      Section II: Object

      II.1)Scope of the procurement
      II.1.1)Title:

       

      L17072-T-TG Retail Design Management Framework.

       

      Reference number: L17072-T-TG
      II.1.2)Main CPV code
      79932000
      II.1.3)Type of contract
      Services
      II.1.4)Short description:

       

      This contract is to develop Commercial space in line with the requirements of the Retail and Catering Design guide attached as part of tender documentation

      As terminal development progresses we require a service provider to undertake wider Retail Master planning, tender design review/feedback, Retail design management, Public space design, and also Shell and core plan management.

      The service provider must have the ability to undertake Interior, architectural design and design management capability on major retail assets. The provider must have relevant airport retail experience to include terminal development project knowledge. Experience with UK and international brands is an essential requirement needed by the successful provider. A proven record of setting and measuring performance metrics along with appraisals over asset life cycles is also a requirement.

       

      II.1.5)Estimated total value
      Value excluding VAT: 400 000.00 GBP
      II.1.6)Information about lots
      This contract is divided into lots: no
      II.2)Description
      II.2.1)Title:
      II.2.2)Additional CPV code(s)
      79930000
      79932000
      II.2.3)Place of performance
      NUTS code: UKH21
      II.2.4)Description of the procurement:

       

      This contract is to develop Commercial space in line with the requirements of the Retail and Catering Design guide attached as part of tender documentation.

      As terminal development progresses we require a service provider to undertake wider Retail Master planning, tender design review feedback, Retail design management, Public space design, and also Shell and core plan management.

      The service provider must have the ability to undertake Interior, architectural design and design management capability on major retail assets. The provider must have relevant airport retail experience to include terminal development project knowledge. Experience with UK and international brands is an essential requirement needed by the successful provider. A proven record of setting and measuring performance metrics along with appraisals over asset life cycles is also a requirement.

       

      II.2.5)Award criteria
      Price is not the only award criterion and all criteria are stated only in the procurement documents
      II.2.6)Estimated value
      II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
      Duration in months: 60
      This contract is subject to renewal: yes
      Description of renewals:

       

      There will be an option to extend the contract after 48 months for 1 year. When the contract expires a new contract will be sought 6 months prior to its end.

       

      II.2.10)Information about variants
      Variants will be accepted: no
      II.2.11)Information about options
      Options: no
      II.2.12)Information about electronic catalogues
      II.2.13)Information about European Union funds
      The procurement is related to a project and/or programme financed by European Union funds: no
      II.2.14)Additional information

      Section III: Legal, economic, financial and technical information

      III.1)Conditions for participation
      III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
      List and brief description of conditions:

       

      See Tender for details.

       

      III.1.2)Economic and financial standing
      Selection criteria as stated in the procurement documents
      III.1.3)Technical and professional ability
      Selection criteria as stated in the procurement documents
      III.1.5)Information about reserved contracts
      III.2)Conditions related to the contract
      III.2.1)Information about a particular profession
      Execution of the service is reserved to a particular profession
      Reference to the relevant law, regulation or administrative provision:

       

      See Tender for details.

       

      III.2.2)Contract performance conditions:

       

      See Tender for details.

       

      III.2.3)Information about staff responsible for the performance of the contract

      Section IV: Procedure

      IV.1)Description
      IV.1.1)Type of procedure
      Open procedure
      IV.1.3)Information about a framework agreement or a dynamic purchasing system
      The procurement involves the establishment of a framework agreement
      Framework agreement with a single operator
      In the case of framework agreements, provide justification for any duration exceeding 4 years: The design element means that continuity needs to exist to allow stability. Therefore an optional extra year has been added
      IV.1.4)Information about reduction of the number of solutions or tenders during negotiation or dialogue
      IV.1.6)Information about electronic auction
      IV.1.8)Information about the Government Procurement Agreement (GPA)
      The procurement is covered by the Government Procurement Agreement: yes
      IV.2)Administrative information
      IV.2.1)Previous publication concerning this procedure
      IV.2.2)Time limit for receipt of tenders or requests to participate
      Date: 01/11/2017
      Local time: 12:00
      IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
      IV.2.4)Languages in which tenders or requests to participate may be submitted:
      English
      IV.2.6)Minimum time frame during which the tenderer must maintain the tender
      Duration in months: 3 (from the date stated for receipt of tender)
      IV.2.7)Conditions for opening of tenders
      Date: 01/11/2017
      Local time: 12:05
      Place:

       

      The Procurement Offices at London Luton Airport.

       

      Section VI: Complementary information

      VI.1)Information about recurrence
      This is a recurrent procurement: yes
      Estimated timing for further notices to be published:

       

      September 2021.

       

      VI.2)Information about electronic workflows
      Electronic ordering will be used
      Electronic invoicing will be accepted
      Electronic payment will be used
      VI.3)Additional information:
      VI.4)Procedures for review
      VI.4.1)Review body
      London Luton Airport Legal Team
      Luton
      LU2 9LY
      United Kingdom
      VI.4.2)Body responsible for mediation procedures
      VI.4.3)Review procedure
      VI.4.4)Service from which information about the review procedure may be obtained
      VI.5)Date of dispatch of this notice:
      27/09/2017
    © European Union, http://ted.europa.eu
  • Protected by Copyscape
  • Gewährleistung

    competitionline übernimmt keine Verantwortung für Fehler, Auslassungen, Unterbrechungen, Löschungen, Mängel oder Verzögerungen im Betrieb oder bei Übertragung von Inhalten. competitionline übernimmt keine Verantwortung für Einbußen oder Schäden, die aus der Verwendung der Internetseiten, aus der Verwendung von Nutzerinhalten oder von Inhalten Dritter, die aus den Internetseiten oder über den Service gepostet oder an Nutzer übertragen werden, oder aus Interaktionen zwischen Nutzer und Internetseiten (online oder offline) resultieren. Bitte lesen Sie hierzu unsere Nutzungsbedingungen.


INFO-BOX

Ausschreibung veröffentlicht 29.09.2017
Zuletzt aktualisiert 29.09.2017
Wettbewerbs-ID 2-279261 Status Kostenpflichtig
Seitenaufrufe 51